Supply work - Information Department, Lucknow

lqj{kk eq[;ky;]mRrj izns'k
413 Mk0 cStukFk jksM] vkse fuokl] U;w gSnjkckn] y[kuÅA
Fax No 0522-2781005
fufonk la[;k% lqj{kk@vk/kq-mi-&277@2015
fnukad% tuojh 27 ] 2015
fufonk [kqyus dh frfFk&10-02-2015
iw.kZdkfyd fufonk
lqj{kk eq[;ky; }kjk fofHkUu midj.kksa ds dz; ,oa vkiwfrZ ds lEcU/k esa iw.kZdkfyd fufonk
nks&nks izfr;ksa esa ¼VsfDudy fcM ,oa QkbusfU'k;y fcM½ vf/kd`r fuekZrkvksa@forjdks@,tsUVks ds ek/;e
ls v/kksgLrk{kjh }kjk vkeaf=r dh tkrh gS%&
Øe
midj.k dk uke
dqy ek=k vusZLV euh dh /kujkf'k
fufonk QeZ dh
¼:i;s esa½
/kujkf'k ¼:i;s esa½
1
2
3
4
5
10
1,30,000.00
350
1 VsfyLdksfid eSU;wiqysVj
2
,DlIyksflo fMVsDVj
10
2,40,000.00
350
25
60,000.00
Mhi lpZ ekbu fMVsDVj
350
2mijksDr midj.kksa gsrq Vs.Mj ls lEcfU/kr dksbZ Hkh tkudkjh fdlh Hkh dk;Z fnol esa nwjHkk"k
uEcj&0522&2781005@2782779@2781002 ij izkIr dh tk ldrh gSA v/kksgLrk{kjh ds dk;kZy; dk
QSDl uEcj 0522&2781005 gSA fufonk izi= dk;kZy; dk;Z fnol esa fu/kkZfjr 'kqYd tek dj fufonk
izi= o vU; vfHkys[k fnukad 10-02-2015 ls le; 1200 cts rd dk;kZy; ls O;fDrxr:i ls izkIr
dh tk ldrh gSA ftu QeksZ dks fufonk izi= LihM iksLV ;k dksfj;j ls izkIr djuk gks] os fufonk
izi= ds ewY; ds lkFk vyXk ls :i;s 100@& ¼Mkd [kpZ gsrq ½ dk fMek.M+ M~k¶V tks iqfyl
egkfujh{kd]¼lqj{kk½] lqj{kk eq[;ky;] m0iz0 y[kuÅ ds i{k esa ns; gks] Hkstuk gksxkA bl lEcU/k esa
Mkd esa gqbZ fdlh izdkj dh foyEcrk dk mRRkjnkf;Ro lqj{kk eq[;ky;] m0iz0 y[kuÅ dk ugh gksxkA
izR;sd midj.k ds fy;s vyx&2 fufonk izi= dz; djds vyXk&vyXk fufonk izLrqr dh tk;sxha%&
3
1- izR;sd midj.k@fufonk ds fy;s vyx&2 muds le{k vafdr /kujkf'k ¼vusZLV euh½ dk
fMek.M M~k¶V@cSadlZ psd tks iqfyl egkfujh{kd]¼Lkqj{kk½] lqj{kk eq[;ky;] m0iz0 y[kuÅ
ds i{k esa ns; gks] layXu djuk gksxkA vusZLV euh ds vHkko esa fufonk ij fopkj ugh fd;k
tk;sxkA
2- fufonknkrk }kjk fufonk dh 'krsZ iw.kZ u djus ij fufonk fujLr dj nh tk;sxhA
3- ;fn QeZ vusZLV euh tek djus ls eqDr gks rks 'kkldh; vkns'k dh izfr yxk;h tk;s ¼Mhth-,l-Mh- ubZ fnYYkh] ,u-,l-vkbZ-lh- ubZ fnYYkh] Mh-vkbZ- dkuiqj] ;w-ih-,l-vkbZ-lh- dkuiqj
esa jftLVMZ QesZ vusZLV euh tek djus ls eqDr gS½A
4- bUVjusV ls fufonk QkEkZ MkmuyksM fd;s tk ldrs gS] ijUrq fufonk izi= ds ewY; dh
/kujkf'k dk cSad M~k¶V iqfyl egkfujh{kd]¼lqj{kk½]lqj{kk eq[;ky;] m0iz0 y[kuÅ ds uke
ns; gks] vyx ls VsfDudy fcM esa yxkuk vfuok;Z gksxkA
5- v/kksgLrk{kjh fdlh Hkh fufonk dks fcuk dkj.k crk;s vkaf'kd ;k iw.kZ:i ls vLohdkj djus
gsrq l{ke gksxkA v/kksgLrk{kjh dks dz; fd;s tkus okys midj.kks dh la[;k ?kVkus c<kus dk
Hkh vf/kdkj gksxkA
6- ftu QekZs ds midj.k Mh-th-,l-Mh- ubZ fnYYkh] Mh-vkbZ- dkuiqj] es nj vuqcU/k ij miyC/k
gS] dks fufonk izLrqr djrs le; lEcfU/kr vko';d nLrkost dh izfrfyfi layXu djuk
vfuok;Z gksxkA
7- fufonk lEcU/kh fu;e@'krZs] Lis'khfQds'ku] ,l-ih-Mh-&3 QkeZ m0iz0 iqfyl dh osclkbV
http:/uppolice.up.nic.in ij ns[kk ,oa MkmuyksM fd;k tk ldrk gSA
8- izR;sd midj.k gsrq vyx&vyx fufonk izLrqr dh tkuh gSA ;fn dksbZ QeZ ,d midj.k
ds fy;s ,d ls vf/kd ekWMy dh fufonk izLrqr djuk pkgrh gS rks mls vyx&vyx
fufonk izLrqr djuh gksxhA
9- fufonknkvksa vf/kd`r ,tsUV@forjd@fuekZrkvks dks VªsM VSDl@oSV jftLVªs'ku dk
izek.k&i= yxkuk gksxkA QeZ dks 10 :i;s ds LVSEi isij ¼uksVjh }kjk lR;kfir½ ij ;g
'kiFk&i= nsuk gksxk fd dHkh Hkh fdlh ljdkjh foHkkx }kjk dkyh lwph esa ugh Mkyk x;k
gSA
10- fufonknkrk QesZ fu/kkZfjr Lis'khfQds'ku ls mPPk Lis'khfQds'ku ds midj.kks dh fufonk
izLrqr dj ldrh gS ftudk vfUre fu.kZ; rduhdh mi lfefr }kjk fd;k tk;sxkA
11- ;fn fuEufyf[kr fnolks esa vodk'k gks rks fufonk;sa vxys dk;Z fnol 'kfuokj@jfookj ds
vfrfjDr fu/kkZfjr le; ij [kksyh tk;sxhA
¼v½ fufonk tek djus dh vfUre frfFk@le; 10-02-2015
1200 cts
¼c½ VsfDudy fcM [kksys tkus dh fRkfFk@le; 10-02-2015
1600 cts
¼l½ midj.kks ds izn'kZu dh frfFk@le;
12-02-2015 izkjEHk 1200 cts
VsfyLdksfid eSU;wiqysVj
,DlIyksflo fMVsDVj
Mhi lpZ ekbu fMVsDVj
12.02.2015/13.02.2015
16.02.2015
17.02.2015
¼vks0ih0JhokLro½
iqfyl v/kh{kd ¼izf'k{k.k ,oa lqj{kk½
Security Head Quarter,U.P.
413,Dr Baijnath Road, New Hyderabad, Lucknow
Fax No 0522-2781005
No. Suraksha-Adhu/Up.Krya-277/2015
Dated: Jan 27 ,2015
Date of opening tender Feb 10 ,2015
OPEN TENDER NOTICE
The tender for the following equipments are invited in duplicate including
Technical Bid and Financial bid for following items from the authorized manufacturer/
Distributor /authorized agents.
S.N.
Name of the Equipment
Quantity
EMD Required in
Rupees
Proposal
Form Fee
(in Rupees)
File No. Suraksha-Adhu/Up.Kraya-277/2015
1 Telescopic Manipulator
10
1,30,000.00
350
2 Explosive Detector
10
2,40,000.00
350
D.S.M.D.
3
25
60,000.00
350
2.
Firms willing to participate in tender of above equipments can obtain Tender Form
along with terms and conditions and specifications of the equipment by depositing the cost of
tender form as mentioned above in cash on any working day in the office of the undersigned
till 10-02-2015 at 1200 Hrs. Any enquiry regarding tender can be obtained from telephone No.
(0522) 2781005/2782779 on any working day. The fax No. of undersigned is 0522-2781005.
Those firms willing to get tender form through post. will have to send money order of the cost
of tender form. The firms willing to get the tender form through courier have to send money
order of the cost of tender form along with Rs. 100.00 extra (Courier charges). Money order
should be addressed to the under signed. Security branch shall not be responsible for any
postal or courier delay.
3.
Tender form can also be downloaded through website of U.P.Police and Information
department of U.P. at i.e. http:/uppolice.up.nic.in and www.upgovt.nic.in. but the cost of
tender form must accompany with the tender in the shape of Demand Draft in the favour of
I.G. of Police (Security) U.P. payable at Lucknow otherwise tender will be rejected out rightly.
4.
Separate tender form is required for every model of the equipment. If more than one
model is quoted in one tender it will not be considered and stand cancelled.
5.
Please note down the following points very carefully before floating the tender:(1)
Earnest Money as mentioned against each equipment in the form of Demand
Draft in favour of I.G. of Police (Security) U.P. payable at Lucknow has to be enclosed along
with every tender. In absence of Earnest Money tender shall be rejected.
(2)
Tender submitted not complying with the terms and conditions or a
Conditional tender shall be rejected
(3)
If the firm is exempted from depositing Earnest Money, the copy of order for
the same has to be enclosed along with the tender (firms registered with DGS&D New Delhi,
NSIC New Delhi, D.I. Kanpur and UPSIC Kanpur are exempted from depositing earnest money).
(4)
Undersigned is not bound for minimum contract and reserve the right to
terminate the full or any part of the contract. and also reserve the right to increase or
decrease the number of equipments to be purchased.
(5)
The bidders whose equipments are available at Rate Contract from DGS&D
New Delhi or D.I. Kanpur have to enclose all relevant documents along with the tender.
(6)
Authorized agent/distributor/manufacturer (as the case may be) has to enclose
all required certificates such as Trade Tax/ VAT registration, Notary certified self declaration
for not blacklisting by any Govt. Organization in India on a Non Judicial Stamp of Rs. 10-00
only. In the absence of these certificates and affidavits tender shall not be considered.
(7)
Bidder can quote equipment of higher specifications mentioned in the
Technical specifications but the decision of the Technical Sub Committee will be final and
binding to all.
(8)
Equipments have to purchase before ending of financial Year, so no permission
will be granted for extension in demo date. Firms must confirm before participating in tender
that supply of equipment on or before 20.03.2015 and demo on the said date mention below.
(9)
If there is holiday on specific date the tenders would them open on next
working day apart from Saturday / Sunday. Programme of the tender is as follows:a)
b)
c)
Date/Time of Submission of tender :
Date/Time of Opening of tender :
Date/Time of Demonstration :
Name of the Equipment
10/02/2015 till 12:00 Hrs
10/02/2015 at 16:00 Hrs
Started 12/02/2015 at 12:00 Hrs
Demonstration
Telescopic Manipulator
12.02.2015/13.02.2015
Explosive Detector
16.02.2015
D.S.M.D.
17.02.2015
Note: Representatives of the firms participating in the tender should have enough time at
their disposal for the demonstration of their equipment so that they do not feel inconvenient
in case of change in time schedule.
( O.P.Srivastava )
Supdt of Police (Trg & Security)
No. Suraksha-Adhu/Up.Kraya-277/2015
S.N.
Name of the Equipment
File No. Suraksha-Adhu/Up.Kraya-277/2015
1 Telescopic Manipulator
2 Explosive Detector
3 D.S.M.D.
TERMS AND CONDITIONS OF TENDER
Quantity
10
10
25
EMD Required in
Rupees
1,30,000.00
2,40,000.00
60,000.00
Proposal
Form Fee
(in Rupees)
350
350
350
1.
The sealed tenders shall be accepted by the undersigned up-to 12.00 hrs. on
Feb.10,2015. There after, the tenders shall be opened in the presence of the Bidders / their
authorized agent at 16-00 Hrs. On Feb.10,2015. at Security H.Q, “OM NIWAS “ 413 Dr.Baijnath
Road, New Hyderabad, Lucknow.
2The tenderer shall give the Technical Bid and the Financial Bid each in duplicate and in
separate sealed covers respectively clearly marked as “Original Technical Bid “ “Duplicate
Technical Bid” “Original Financial Bid” “ Duplicate Financial Bid” in red ink. All these four
envelops should be kept in one large envelop and sealed marked as “Tender for……………” The
Technical bid (Original) will accompany Original Tender form (SPD-3) issued by the office,
Technical offer such as Technical detail of the equipment along with Original brochure/
leaflets of the equipment (Not photo copy) and Earnest Money Deposit , Authorization of
Original Equipment Manufacturer and other document asked for except Financial offer. The
Financial bid will accompany photo copy of SPD-3 issued by the office. Financial offer in which
Price of the equipment and taxes will be entered separately along with supply schedule and
rate of AMC after expiry of the warranty period. The Technical and Financial bid shall be
clearly marked stating name of equipment, tender notice no and date on the top of the
envelop. The Financial bid shall be opened only after evaluation of the Technical Bid. The date
of opening of Financial bid will be intimated in due course to the representatives of the
qualified firms after evaluation of the Technical parameters .Tender documents and earnest
money should be enclosed with Original Technical Bid . The Duplicate Technical Bid and
Financial Bid should carry photocopy of the details provided in the respective original
Technical and Financial Bid. Tenders which are incomplete ,without earnest money,
Conditional tenders, first hand non-compliance of specified Technical parameters shall not be
considered. Name of manufacturer, service centers in India should be mentioned in Technical
Bid.
3Incomplete offers, offer not conforming fully to Technical Evaluation requirements or
with vague replies or without EARNEST MONEY (If applicable) or Conditional Offer will be
rejected. The tenderer shall quote only one model in the Technical bid/ Financial Bid. If any
tenderer willing to quote more than one model he should have to submit separate tender
form for each and every model. The Technical offer must specify the name and address of the
manufacturing company and their service centres in India.
4The demonstration of the equipments will be held as per tender schedule. in Security
H.Q. premises at 413, Dr. Baijnath Road, New Hyderabad, Lucknow.No request for extension
for demonstration date will be considered.
5Every tender should be accompanied with earnest money (If applicable) in the form of
Bank Draft cash certificate, Defence bond certificate, National Saving Certificate, Deposit –at-
call (Issued by Nationalized Bank) valid for three years and pledged to the Inspr.Genl. of
Police(Security)U.P., Lucknow payable at Lucknow. The earnest money will not be accepted in
any other manner , and in those cases the tender submitted will not be accepted.
6The tender form can be procured and submitted from the office of the undersigned at
Security Branch, “Om Niwas” ,413, Dr. Baijnath Road, New Hyderabad, Lucknow on either in
cash or by money order addressed to the undersigned with the cost of tender form
mentioned in tender notice .The firms willing to get the tender form through courier or speed
post have to send Rs. 100.00 extra (Courier/ postal charges) otherwise tender will be
dispatched through ordinary post. Money order should be addressed to the under signed.
The security branch shall not be responsible for any postal or courier delay. If amount will not
be received the tender documents will be sent through ordinary post and the undersigned
shall not be responsible for any postal delay. Cost of tender form will not be refundable/
adjustable in any circumstances.
7Tender can be downloaded through website of U.P.Police and Information department
of U.P. i.e. http:/uppolice.up.nic.in and www.upgovt.nic.in. but the cost of tender form must
accompany with the tender in the shape of Demand Daft in the favour of I.G. of Police
(Security)U.P. payable at Lucknow otherwise tender shall be rejected out right.
8All such firms, which are not registered with DGS & D, New Delhi, NSIC New Delhi, D.I.
Kanpur or U.P.S.I.C. Kanpur, are , as a rule, required to deposit earnest money along with their
tenders without which their tenders shall be ignored out right and as a rule and no
correspondence thereafter shall be entertained. Such firms as are registered with any of the
above four organizations mentioned above are exempted from depositing earnest money. For
being considered for exemption from earnest money the copy of registration certificate duly
attested by a gazetted officer or public notary should be enclosed with the tender.
9The tenders can be dropped at the sealed box stationed at Security Branch, Lucknow
or through post but the tender must be received in the office of the undersigned by the due
date and time. The undersigned shall not be responsible for any postal delays and no tender
shall be accepted after the designated time.
10The Chairman of the purchase committee (mentioned as “Chairman” hereinafter)
reserves the right to alter the number of equipments to be purchased and cancel any tender
in partial or full without assigning any reason to the bidder. The reason of cancellation will be
noted down on the file and will be disclosed if required under rules.
11Tenders can be submitted for the desired equipment with the specifications better
than the prescribed one but the selection of such equipment will be done by the committee
constituted for this purpose and its decision will be final and binding on all.
12The firms should submit their tender keeping in view all the terms and conditions. If
the tender is not submitted as per the terms and conditions, SPD-3 form and check list given
by the department, the authority for cancellation shall be vest in the Chairman.
13-
Tender will be valid up-to one year.
14After receiving the supply order, the equipments should be made available to the
undersigned by the due date along with the bill in triplicate. The Pre-Delivery inspection of all
the equipments will be made at Security Branch by the Technical committee constituted by
the Chairman for the purpose. The equipment supplied will be accepted after their O.K.
report for the Technical committed constituted for the purpose after P.D.I. If the equipment
is not supplied within the stipulated time the firm has to inform the reason of delay in supply
failing which fine @ 10% of the quoted price will be imposed for each fortnight. The decision
of the Chairman in this regard will be final and binding to all.
15The payment will be made after the supply of equipments and their accessories.
Deduction of Income-tax and VAT as applicable as per rules will be made from the final
payment.
16No accessories will be accepted as Optional. The bidder will have to supply all the
accessories with the equipment mentioned in literature of the submitted with the tender and
no extra cost will be paid for the accessories. Tenderer will also not quote price of
accessories as optional in Financial bid otherwise their Financial bid will not be considered.
17Any dispute arising in the matter will be considered in the court of Lucknow (U.P.)
jurisdiction only.
18Undersigned is not bound for minimum contract and reserve the right to terminate the
contract or any part of the contract. In any case of dispute on this subject the final decision is
vested in the Chairman.
19If the supply of equipment is not ensured within the stipulated time, the supply order
shall stand void automatically and equipment will not be accepted thereafter. No
correspondence shall be entertained for extension of supply date. In case of equipments not
supplied by the due date, the earnest money and security money shall stand forfeited.
20Tender which are submitted on any form other than the prescribed issued from the
office of the undersigned, will be rejected. Tender can be submitted after download from the
website but the tender must accompany the cost of tender in form of Demand Draft in favour
of Inspr,Genl. of Police(Security) U.P., Lucknow payable at Lucknow.
21Equipments will be accepted in the office of undersigned at Security Branch, Lucknow
for which no extra payment as transportation, packaging charged, insurance etc. will be
payable.
22The prices of equipments along with all payable taxes/exchange rate etc. will be
mentioned along with the tender submitted. At the time of submission of bills any amount
other than the agreed amount mentioned in price bid along with taxes, will not be payable by
the department.
23For imported equipments, the bidder will submit tenders for only such equipment, for
which they are the authorized dealer/ distributors. They will be required to submit an
authority letter from the foreign manufacturer (Not from the authorized dealer of the
company in India), clearly indicating (i) that the bidder is the authorized agent for the supply
of such equipment on behalf of the foreign company (ii) that the specific item is manufactured
by the foreign manufacturer and (iii) that the said agent is authorized to submit tender on
behalf of the foreign manufacturer in India. Any authority letter submitted by the agent on
behalf of the foreign manufacturer that he represents such firm, will not be accepted. No
document , other than those submitted along-with the tender, will be accepted separately.
Tender submitted without satisfying above conditions will be rejected and the earnest money
will be forfeited. If the manufacturer himself participating in the tender then he will submit a
proprietary certificate that he is the manufacturer of the equipment. OEM has also to submit
an authority letter that if bidder/ Authorized agent fails to provide warranty/services after the
completion of warranty period of the equipment OEM shall provide warranty/ spare parts of
the equipment.
24If the equipment quoted is a proprietary item, the firm/agent submitting the tender
will also give a proprietary certificate.
25-
Interest for any delay in payment due to any reason will not be payable.
26While submitting the tender, it should be clearly specified that supply of consumables
for such items, spare parts that may be required, will be guaranteed, The firm/ agent
submitting the tender should also specify the after-sales service, which will be provided. Such
firm/agent shall also be bound to provide training for the use and repair of such equipment
free of cost as and when and where required. After expiry of guarantee period from the date
of installation, the company should also indicate the A.M.C. charges for next year with per
year rate and after the acceptance of tender, agreement bond has to be filled for
responsibility of maintenance under the AMC on the quoted rates . During the maintenance
and repair of equipments, the firm will not have any claim (or any amount) to the items/parts
replaced with new items for free of cost, Ownership of parts of the equipments taken out in
replacement during AMC/ maintenance, will be the property of the department. In case firm
fails to execute AMC or delays in repair of the equipment the Chairman can impose fine and
the firm will be liable to pay the fine. It is made clear that if firm does not obey the conditions
of AMC and subsequently the security measures are adversely affected, the firm shall be black
listed.
27If the firm fails to supply the equipment after accepting the supply order, the earnest
money and security money will be forfeited and the firm will be declared blacklisted and
undersigned can initiate legal action as per rules.
28The firm registered in U.P. should enclose VAT registration . Tenderers who are
registered with other states should enclose the C.S.T. certificate and also indicate its
registration number in tender form.
29The firm participating in the tender should have to submit an affidavit on Non Judicial
Stamp worth Rs. 10-00 only that they have not been blacklisted by any of the
department/unit/organizations in India.
30After supply of the equipment and during their warranty period their installation at
any place/District/ Unit in U.P., if required, will be the responsibility of the supplier and no
extra charges shall be paid for the purpose. Warranty period is mentioned in the specification
of the equipment .
31Such firms who are not registered with either of four organizations viz. (i) D.G.S.& D
(ii) N.S.I.C. New Delhi (iii) D.I.,U.P. and (iv) U.P.S.I.C. shall be required to deposit advance
security @ 10% of the total cost of the equipment in the form of Demand Draft or Bank
Guarantee pledged to the I.G. of Police (Security) U.P.,Lucknow for a period of Warranty
payable at Lucknow and will execute an agreement on a Non Judicial Stamp worth Rs. 100-00.
Such firms who are registered with any of above four organizations may be considered for
exemption from depositing security money (If application is made) for which Chairman
reserves the right to do so but they have also to execute an agreement on Non Judicial Stamp
worth Rs. 100-00. The Chairman also reserve the right to reduce/ increase the amount of
security money as may be deemed fit. The security deposit shall be retained with the
undersigned up-to the period of warranty period. The security deposit, if the chairman
deemed fit, can be returned after the successful running of the equipments for a period of
one Year.
32. The firm will submit Operating and maintenance Manual preferably in Hindi of each
and every equipment being supplied at the time of delivery. Supplier will also impart training
free of cost regarding Operation and maintenance of equipment at Security Branch as well as
at other places in U.P. as directed by the Security Branch for which no extra cost will be paid.
33
Firm as also to certify that they have qualified Technical team and service centers
which are capable to attend complaint within 24 to 72 Hrs. If the firm fails to attend complaint
within stipulated time a fine will be imposed on him for which decision of chairman will be
final and binding to all.
34.
Firm has to submit their experiences for the supply of the equipment being quoted
and list of their customers Specially Govt. offices/Units along with the tender.
35.
If the total cost of the equipment exceeds to Rs. 10 Lac excluding taxes. The firm have
to pay 2% Entry Tax in cash before the supply of the equipments. The amount of Entry Tax will
be charged by the firm in the bill submitted for payment.
36.
Period of warranty shall be 03 or 01 year as mentioned in the specification of the
equipment concern and will be counted from the date of installation of the equipment .
Tender offers below warranty period shall be rejected.
37.
The firm will ensure visit of their engineers every quarter for maintenance of the
equipment supplied by the firm during warranty period and a report regarding visit and
maintenance will be submitted to the Security Branch.
38.
Firm has to quote rates including accessories in their Financial bid as no accessories
mentioned in the literature will be accepted as “OPTIONAL” After receiving supply order firm
has to supply all the accessories mentioned in the specification/ Literature as “ACCESSORIES”.
39.
The Bidder has to provide a undertaking at the time of supply of equipment that the
equipment being supplied is the same which has been demonstrated and mentioned in the
Technical bid. Firm has also also to provide model/serial no., manufacturer name, address
along with warranty card. In future if equipment happens to be duplicate firm has to face legal
action as per rules.
40.
P.D.I. of equipment shall be performed at firm’s workshop (if required) but P.D.I. at
Security Branch premises at Lucknow will be must which will be the duty of the firm.
41.
Rates of AMC will be counted if required to establish lowest bidder in Financial bid.
42.
If more than one rates are quoted in Financial bid, the bid shall be rejected.
43.
If required, extra terms and conditions could be added to the existing Terms and
Conditions which has to be complied by the firm.
44.
The bidder who demonstrated their equipment at the time of full tender and have
quoted same make and model of the equipment which has already been demonstrated at the
time of full tender, subject to their demonstration being successful, need not to demonstrate
their equipment again but they have to give in writing that they have quoted same make and
model of the equipment in this tender and their earlier demonstration report shall be
considered for this tender.
45.
After the demonstration of their equipment the firm has to leave their equipment with
the Security Branch till the opening of the Financial bid of the equipment. After opening of the
Financial bid equipment of the firm who did not succeed in Financial bid shall be returned The
equipment of the firm, who succeeds in Financial bid, shall remain in the custody of the
Security Branch till the supply and PDI of the ordered equipment.
46.
The authority letter from equipment manufacture firm will not be accepted until it is
ink signed.
47.
After opening of Technical bid, the committee will see the demo of equipment only
after receiving a confirmation letter from the original manufacturer company that the "Ink
Signed" authority letter submitted by the participating firm in "legit"
48.
It will be mandatory for a firm to mention the following points in its counter
affidavit:(a)That their firm was neither black-listed by any government department in the
past 5 years, nor their firm was prevented to participate in any tender.
(b)That neither any criminal case in running in any court against the firm, nor any
case is pending trial with regard to copyright/patent.
(c)That there is no blood-relation or family-relation (husband, wife, son, daughter,
brother in law, sister in law, father in law, mother in law, cousin etc) among any member
of any black-listed firm and the participating firm.
(d)If the authority letter is found fake, then the demonstration of the equipment of
the tendering firm will not be seen or entertained and action will be taken against the firm
as per law.
(e)If the affidavit is found fake or wrong then the tender of the firm shall stand
rejected at any stage.
( O.P.Srivastava )
Supdt of Police (Trg &
Security)
ORIGINAL
S.P.D.(3)
TENDER FORM
GOVERNMENT OF UTTAR PRADESH
SECURITY HEAD QUARTER. U.P., LUCKNOW
No. Suraksha-Adhu/Up.Kraya-277/2015
CONDITIONS OF AGREEMENT
S.N.
Name of the Equipment
Quantity
EMD Required in
Rupees
File No. Suraksha-Adhu/Up.Kraya-277/2015
1 Telescopic Manipulator
2 Explosive Detector
3 D.S.M.D.
10
10
25
1,30,000.00
2,40,000.00
60,000.00
Proposal
Form Fee
(in Rupees)
350
350
350
Date of Opening of Tender: Feb .10 , 2015
1.
The arrangement is to last till but in the event of any breach of the terms of arrangement at any time
on the part of the supplier the arrangement shall be determined summarily by the Chairman, Security Branch,
U.P., Lucknow without compensation to the supplier.
2.
The supplier will supply goods and materials from time to time in such quantities as may be entered in
the indents sent at the rates set forth in the Schedule of rates at page (3).
3.
The goods or materials to be supplied under the arrangements are to be of the quality or sort in every
respect equal and answerable to the patterns or sample sent with the tenders and approved by the Security
Branch, U.P., Lucknow. In the event of supplies not being up to the sealed sample accepted, but good enough for
retention, the goods supplied may either be retained at a reduction in cost not exceeding 10 per cent of the total
value or be returned to the supplier in accordance with paragraph 10 below at the option of the Indenting
Officer. The goods may only be retained at a reduction if the supplier agrees.
4.
The Security Branch, U.P., Lucknow may, by notice in writing, call upon the supplier to supply additional
goods or materials to serve as samples, and upon such notice in writing the supplier shall be bound to supply
additional samples of goods or materials, such additional samples being in all respects of same quality or sort as
the sample first supplied.
5.
(a) All rates are to be based on delivery, securely packed and f.o.r. stations nearest to suppliers or
Indenting Officers as asked for in the tender notice.
(b) Railway freights, if pre-paid, shall be added to the original quotations.
(c) When goods are ordered f.o.r. the station nearest to supplier, the Indenting Officer may at his option
direct that this shall be booked either by goods train or by passenger train and either at owner’s risk or at railway
risk. The supplier shall carry out his direction and shall, in any case, be responsible for the safe delivery of the
goods soundly and securely packed to the Railway Administration and shall obtain from such Railway
Administration a clear receipt for the goods in evidence thereof. In the absence of a clear receipt, the suppliers
will be held responsible for all damages or loss caused by breakage or leakage which may occur to the goods
while in transit and until they have been delivered to the consignee at railway station of destination.
(d) When goods are ordered f.o.r. station of destination, the suppliers shall be required to bear all risks
of loss, leakage or damage, and shall deliver the goods in good order to the consignee at railway station of
destination, mentioned in the indent , in such quantities or number and with in such time and in such manner as
the Indenting Officer shall, from time to time, direct.
6.
Unless when specially ordered in the order accompanying the indent, all goods must be dispatched
within 14 days of the receipt of indent by the supplier.
7.
With every dispatch of goods or materials under the arrangement invoices or bills of parcells in
duplicate are to be sent by the supplier to the Indenting Officer, the duplicate to be returned by the Indenting
Officer with the quantities or number received dully noted thereon.
8.
Conditions as to time for performance whether laid down herein or in the indent, shall be always
regarded as the essence of the arrangement.
9.
The I.G.(SECURITY),Security Branch, U.P., Lucknow or any of the experts attached to the security
Department or the Indenting Officer or any other officer or person duly authorized in writing by the Chairman
Security Branch, U.P., Lucknow, shall have power to inspect the stores before, during and after manufacture,
collection, dispatch, transit or arrival and to reject the same or any part or portion, if he or they be not satisfied
that the same is equal or according to the sample or specification in weights, quantity and number.
10.
Goods or materials rejected or refused on the ground of inferior quality or any other ground shall be
removed by the supplier at his own risk and expense with in ten days after notice has been received by him of
such rejection. In the event of non-removal by the supplier as aforesaid within the said period of ten days, it shall
be lawful for the Security Branch, U.P., Lucknow to authorize the Indenting Officer to sell by public auction any
rejected materials or goods and in such cases the supplier shall be credited with the sale proceeds thereof but
will not be entitled to any loss of damage that may be occasioned by such sale. If the contractor is not satisfied
with the decision of the authority rejecting or refusing goods, he may appeal to the Security Branch, U.P.,
Lucknow with in five days of the receipts of such notice, and the decision of the Chairman, Security Branch, U.P.,
Lucknow will be final in all cases.
11. The system of payment shall be as follows :
 Bill in triplicate shall be sent by the supplier to the Indenting Officer and on receipt of these, the
Indenting Officer or his superior officer shall make payment direct. The suppliers may, however, for
their own convenience send an advance intimations for the amount of the bill to the Indenting Officer
but no advance payment shall be made.
 Payment shall ordinarily be made within one month of delivery. All payment shall be subject to the
deduction of any amount to which the supplier may be or render himself liable under the terms of this
arrangement.
12.
Packing cases, containers, gunny packages, etc. which may be used for purposes of packing and which
are delivered with stores will be not returned or paid for, unless specially stipulated.
13.
The contractor shall not sub-let or assign this contact without the written permission of the Security
Branch, U.P., Lucknow. In the event of the contractor sub-letting or assigning this contract without such
permission he shall be considered as having there by committed a breach of this contract.
14.
In the event of the suppliers not being in strict accordance with these conditions or not being delivered
within the time allowed, the Security Branch, U.P., Lucknow may recover from the contractor as liquidated
damages and not by way of penalty the sum of one percent of the value of the said goods or materials for each
and every day up to 25 days during which the articles to be supplied are not delivered or bad articles are not
replaced. Further, it shall be lawful for the Security Branch, U.P., Lucknow or the Indenting Officer to purchase
the required articles or any suitable quality obtainable in the open market at the risk and cost of the contractor,
who in addition to the liquidated damages aforesaid shall be liable for any loss or damages caused by the said
purchase. The Security Branch, U.P., Lucknow shall alone be entitled to adjudge upon the penalty or
compensation or damages due for delay in performance, as also to adjudge upon the advisability of taking
other suitable action. If the delay shall have arisen from any cause which the Security Branch, U.P., Lucknow
may declare in writing to be a reasonable, such additional time may be allowed as may be considered necessary
in the circumstances of the case. In such a case he may also forego the whole on any part of the aforesaid
liquidated damages but not the other loss or losses.
15.
In case of non-performance in any form or shape of the conditions of this arrangement the Chairman
Security Branch, U.P., Lucknow shall have power to annul , rescind or cancel the arrangement and upon his
notifying in writing to the supplier that he has so done, this arrangement shall absolutely determine. He may also
debar the firm for the Uttar Pradesh police Department contracts for such periods as he thinks fit.
16.
In the event of any dispute arising out of or concerning this Agreement (except as to any matters the
decision of which is specifically provided for this Agreement), the same shall be referred to the arbitration of an
arbitrator nominated by the Security Branch,U.P., Lucknow and an arbitrator nominated by the contractor, or in
the case of the contractor or the said Security Branch, U.P., Lucknow failing to nominate an arbitrator with in the
time fixed in the notice to be served on him by the said Security Branch, U.P., Lucknow or the contractor, as the
case may be, by the arbitrator, nominated by the said Security Branch, U.P., Lucknow and the contractor or in
case of disagreement
between the said arbitrators to an umpire appointed by them and the decision of such arbitrators or arbitrator
or umpire, as the case may be, shall be final and binding on the parties. The arbitrators/arbitrator/umpire may
from time to time with the consent of the parties enlarge the time for making and publishing the award.
17.
Without prejudice to any other remedy provided by law any amount due from the supplier to the
Governor will be recoverable as arrears of land revenue and may also be recovered by deduction from any
amount due from the Governor to the supplier on any account under any other transaction.
18.
The suppliers will send to the Deputy Director of Industries (Stores), Uttar Pradesh Kanpur, quarterly
statement of goods they supply under this arrangement in the following form ;
Supplies during the quarter ending 200 :
Name of officer Indent no. and Name of article Quantity or
Value of applies Remarks (whether Indian
date
number supplied
make or foreign)
QUOTATION
1. I/We hereby quote to supply the goods and materials in the under writing Schedule in the manner in
which and within the time specified, as set forth in the conditions of arrangement stated above at the rates given
in the Schedule below. I/We hereby agree that in the event of tender being accepted the conditions of Para as 1
to 18, on pages 1 to 4 and those contained in the acceptance letter will be binding upon me/us and will, along
with the quotation, be converted into and shall be deemed to be a completed agreement between me/us and
the Governor of Uttar Pradesh from the date of issue of acceptance letter. I/We hereby further agree that if so
required by the Security Branch, U.P., Lucknow. I/We shall execute a formal Agreement Deed.
2. I/We here with deposit a sum of Rs. as earnest money and should I/We fail to execute a fresh deed
of agreement if so required, by the Security Branch, U.P., Lucknow on behalf of the Governor of Uttar Pradesh
and deposit the security as laid down in the tender notice within ten days of the acceptance of my/our tender.
I/We hereby agree that, a part from my/ our liability under the agreement, the above sum of earnest money will
be forfeited to the Governor:
SCHEDULE OF RATES
S.
No.
Item with
specification
1
Dated the
Signature
Address
2
Unit
3
Rates per
unit
4
Sales tax
5
Taxes
Excise duty
6
Total
7
Make and Brand
8
All rates are f.o.r..................................................
Day of
2015
Name of supplying firm
N.B.—Please do not forget to fill in all the above columns.
Accepted .........................................
Signed .............................................
Designation .......................................
For and on behalf of the Governor of Uttar Pradesh
SPECIFICATIONS OF Deep Search Mine Metal Detector
FILE NO. SURAKSHA/ADHU.UPKRAYA277/2015/ADHU.UP-YA--8
PURPOSE
Able to detect buried items of explosive with minimum metal content and with
its ease of use.
GENERAL SPECIFICATIONS
1
Equipment
2
Detection
3
Safety
4
Standards
Self adjusting to its immediate environment. Should be totally sealed, water
proof and submersible.
All Ferrous and non-ferrous metal even in low battery condition with prevailing
detection norms and needs. Preferably different color LED indication for
different detection of metal.
Detection must be capable of pinpointing detected metal to 0 to 5cm range.
The distance will be taken from the center of the search head to the center of
the object.
The equipment should be safe to handle and be free from radiation hazards to
the operator.
Prevailing International Standards to suit the ground requirements.
Technical Specification
1.
2.
3
4
5
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21. Accessories
22
Operation &
Maintenance
Manual
Based on pulse technology
Capable of detecting ferrous & Non-ferrous metals
High detection sensitivity
Automatic adoption to soil and water conditions
Unaffected by magnetized soil, seawater
Safe for electrically activated mines
Should be able to discriminate between two metals placed adjacent to each other
Should be able to detect metal inside hallow metal pipe
Should be able to detect metal in mineralized soils
Max. useable detection to be 0.05 g stainless steel at 75 mm.
Pin pointing the target within + 5 cm
Adjustable volume control
Selector switch for static or dynamic operation
Battery operated
Low battery indicator
Weight of detector : < 2 Kg. preferable
Complete operating weight : 3.5 Kg. max.(with batteries)
Rigid design
Can operate under all climatic conditions
Ease of operation, no adjustment or compensation necessary
The carrying case should be ruggedize/easily portable. , spare battery and
battery charger, if required
1. Operating Manual and Service Manual should be provided with each unit.
2.Operator’s training should be carried out in Lucknow/any district in Uttar
Pradesh at our premises
3-Informative user hand-book
23
Demonstratio
n
24
Terms &
Conditions for
After Sales
Service/
maintenance
& spares,
support &
infrastructure
for
maintenance
After Sale
Services in
the past 5
Years
NOTE
Supply
Firm
Demonstration for the verification of various Technical parameters claimed for
the product by the firm will be required during technical evaluation and also at
the time of delivery for technical acceptance. The demonstration must be done
within one month after the tender submission. During demonstration the
equipment will be tested by the technical committee in the presence of the
bidders. PDI (pre-delivery inspections) will be conducted at security branch
premises or test field of operation.
1. The manufacturer/supplier should be a reputed firm, having service centers
preferably in Uttar Pradesh.
2. Should undertake to provide maintenance/spares support for a period of 8
years including Guarantee period.
3. Should have team of qualified engineers at service station to undertake prompt
and efficient service/maintenance work within 24- 72 Hrs. of complaint.
4.Should have ready stock of important modules and spare parts
5. Should have proven infrastructure including testing tools for repair and
maintenance.
6. Bidders should submit sufficient documents to prove their experience in
dealing of Deep search mine metal detector and its maintenance for a period of
minimum 5 years.
7. Guarantee : Three years from the date of technical acceptance of delivery.
Valuation by Technical Branch
The above mentioned specifications are only indicative in nature. Better or
technologically updated and superior products are also eligible for consideration.
Specification of Telescopic Manipulator
FILE NO. SURAKSHA/AADHU.UPKARAYA-277/2015
PURPOSE
1
General
Specification
2
Technical
Specification
3
Operating
Temperature
Accessories
4
5
6
Quality of
component
Operation &
Maintenance
Manual
7
Demonstration
The Telescopic Manipulator is used to move suspect objects away. It is simple,
easy to operate, and can control the switch of the manipulator. It is suitable
for public security, fire protection and explosion protection.
1-Electrically operated claw.
2-Claw can be manually rotate.
3- The rechargeable battery pack power source lasts for a minimum of 2-3
hours of continuous operation time.
4-Adopted high strength and light weight material
5-Height of stand can be adjusted and locked
6-Easy and quick installation.
1-The Claw should adjustable and can be open up to 175mm
2-Lifting capacity up to 10-15 kg.
3-It has a minimum length of 4.5 meters in extended position.
4-It should not have Weight more than 15Kgs when assembled for
use(excluding Tripod)
5-It should provide a standoff distance of minimum 3 meters from the claw.
6-It should able to pickup soft objects like Toy –bomb, plastic bottles, soft
packet bombs etc. by way of torque control feature
7- The telescopic manipulator is having a breakaway tip arrangement, so that in
case of a possible exploration only the tip is damaged and reduces the recoil
effect almost to nil.
8-Should not get interfered with electromagnetic interferences , Should confirm
to EMC (Electro magnetic interferences certificate) specifications en55011B
and en 50082-1
9-The electronic components are water proof.
10-The telescopic arm should be of non conductive, non magnetic carbon fiber.
11.The equipment is provided with various optional claws, which can be fitted
and used as required.
12.The equipment is to be provided with only one set rechargeable batteries and
charger.
-10 C to + 50 C
Tripod Stand for easy move ability
Nylon shoulder strap for balancing the system
Transporting Carrying Box.
International standard and quality.
1- Operating Manual and Service Manual should be provided with each unit.
2-Operator’s training should be carried out in Lucknow /any district in Uttar
Pradesh at our premises
Demonstration for the verification of various Technical parameters claimed for
the product by the firm will be required during technical evaluation and also at
the time of delivery for technical acceptance. PDI (pre-delivery inspections)
will be conducted both at factory premises and also at security branch
premises or test field of operation. During demonstration, the technical
committee in the presence of the bidders will test the equipment.
8
Terms &
Conditions for
After Sales
Service/
maintenance &
spares, support
& infrastructure
for maintenance
After Sale Services in
the past 5 Years
NOTE
1-The manufacturer/supplier should be a reputed firm, having service centers
preferably in Uttar Pradesh.
2-Should undertake to provide maintenance/spares support for a period of 8
years including guarantee period, on site.
3-Should have team of qualified engineers at service station to undertake
prompt and efficient service/maintenance work within 24-72 hrs. of
complaint.
4-Should have ready stock of important modules and spare parts
5-Bidders should submit sufficient documents to prove their experience in
dealing of Telescopic Manipulator and its maintenance for a period of
minimum 5 years.
6-Guarantee: Three years from the date of technical acceptance of delivery.
7- A certificate that the equipments are of the same efficiency what have been
shown/ quoted, be provided regarding such features which cannot be tested
without equipments. A certificates regarding ‘Safety ‘and ‘Standards’ should
also be provided. A Testing Report should be provided if the equipment is
tested by some recognized Lab. Preference shall be given to the firm who
provided necessary certificates and testing reports.
8- Manufacturer products shall have quality system compliance with the
I.S./ISO 9001/ EN 9001 with certification. Proof to be given with the technical
bid.
Valuation by Technical Branch
The above mentioned specifications are only indicative in nature. Better or
technologically updated and superior products are also eligible for consideration.
SPECIFICATIONS OF EXPLOSIVE DETECTOR
FILE NO. SURAKSHA/AADHU.UPKARAYA-277/2015
The Explosive Detector with Vapour Tracer should be able to detect
all type of explosives. The explosive detector should be handy, lightweight, portable, reliable, low maintenance and able to detect all
low, medium and high vapour pressure explosives in both particle
and vapour forms.
PURPOSE
GENERAL SPECIFICATIONS
Equipment
Should detect the presence of small quantities of explosive present in
suspected articles such as a C4, RDX, PETN, TNT, ANFO, TATP, EGDN,
DNT, HMX, Nityroglycerine (NG) Dynamite, Semtex, Ammonium
Nitrate, Black Powder etc in particle & vapour mode at room
temperature.
2
Detection
The result of detection and identification should display through easy
to read LCD display, threat flash in color on LCD and audio alarm. All
explosives should be detected even in low battery condition with
prevailing detection norms and needs.
3
Safety and
Operation
4
Weather Proof means the capability of the equipment to work in all
weather condition from a temperature range of -200 to +550C and
Weather Proof & Shock under different humid conditions.
Proof
Shock Proof means that the equipment should be capable of
withstanding the normal shock and bumps of daily operations
without any problem.
5
Standards
1
Ease
of
Control should be simple and easy to operate by Bomb Technicians.
Should not involve technician drawing inferences or interpretation at
the operator level.
The Supplier should clearly indicate the international standard to
which the equipment complies.
TECHNICAL SPECIFICATIONS
Technology
The detection technology should be based on Ion Mobility
Spectrometry or its variant.
2
Detection Capability
Non-contact detection. Should detect wide variety of explosives
including pure explosive, composite explosives and commercial
explosives such as C4, RDX, PETN, TNT, ANFO, TATP, EGDN, DNT,
HMX, Nityroglycerine (NG) Dynamite, Semtex, Ammonium Nitrate,
Black Powder etc in particle & vapour mode at room temperature
with high visibility bold view screen showing explosives detected.
Should also be able to detect explosives with low vapour pressure
and explosive in mixture form.
3
Specificity
False alarm rate should be less than 1%. The supplier must indicate
the “ False Negative” result levels.
4
Sensitivity
Explosive: Pico-Gram range. Narcotics: sub-nanogram range
5
Selectivity
1. Should give response to wide range of explosives in
presence of non-explosive material
2. Should not give response to non-explosives
6
Sample collection
i) Vapour phase collection through Air sampling
1
ii) Trace/particle collection through surface wipe
iii) Both Vapor and particle collection modes, if possible
7
Endurance
On 90-260V AC supply equipment should work continuously.
Capable of continuous operation for more than 4 hours on battery
back-up preferably.
8
Warm-Up Time
Less than 10 Min preferably.
9
Analysys Time
Not more than 10 seconds
10
Recalibration
Adjustment/Resetting for further operation should be automatic
11
EMI
Operation should not be effected by electromagnetic interference of
other electronic/electrical devices.
12
Versatility
Equipment should allow search of all places example field area,
automobiles, aircraft etc.
13
Power
14
Alarm and Display
Clear audio/visual alarm for detection/identification. Display of
result on LCD along with the name of explosive detected.
15
Upgradation
It should be possible to upgrade the system for detection to the new
explosive.
16
Humidity
Should work smoothly in 95% non-condensing condition.
17
Weight & Dimensions
Portable model, light weight preferably below 5 Kg, easy to carry in
field.
1. Should operate on AC mains 220 volts ± 20%, 50/60 Hz
and 12 volts DC battery
2. Battery charger and additional batteries to be provided.
18
Computer compatibility
 USB connection for real-time spectra viewing and
download
 Data storage
 Dual on board processors
19
Operating Temperature
-200C to 550C and other atmospheric variations like rain and snow
preferably
20
Maintenance & Operation
Easy routine maintenance, user friendly operation, use of minimum
consumable items.
21
Accessories
The carrying case should be ruggedized/easily portable, spare
battery and battery charger, text samples, sampling devices (if any),
Spares Cartridges/Pad/Papers (if any), Complete Decontamination
Kit.
22
1. Operating Manual and Service Manual should be provided
with each unit
Operation & Maintenance
2. Operator’s Training should be carried out in Lucknow/any
Manual
district in Uttar Pradesh as directed
3. Informative User Hand-Book
23
Demonstration for the verification of various Technical parameters
claimed for the product by the Firm will be required during Technical
Evaluation and also at the time of delivery for Technical Acceptance.
PDI (Pre-Delivery Inspections) will be conducted at Security Branch
premises or test field of operation. During demonstration, the
Technical Committee in the presence of the Bidders will test the
Demonstration
equipment.
24
Terms & Conditions for
After Sales Service /
Maintenance & Spares,
Support & Infrastructure
for Maintenance
NOTE
1. The manufacturer/supplier should be a reputed Firm,
having service centers preferably in Uttar Pradesh or
adjacent areas.
2. Should undertake to provide maintenance/spares support
for a period of 8 years including Guarantee period.
3. Should have team of qualified engineers at service
station
to
undertake
prompt
and
efficient
service/maintenance work within 24 hrs of complaint.
4. Should have ready stock of important modules and spare
parts
5. Bidders should submit sufficient documents to prove
their experience in dealing with Explosive Detector and
its maintenance for a period of minimum 5 years
6. Guarantee : Three years from the date of technical
acceptance of delivery.
7. Availability of spare parts and suitable repair service
centers.
THE ABOVE MENTIONED SPECIFICATIONS ARE ONLY INDICATIVE IN
NATURE. BETTER OR TECHNOLOGICALLY UPDATED AND SUPERIOR
PRODUCTS ARE ALSO ELIGIBLE FOR CONSIDERATION.